SOLICITATION NOTICE
J -- Removal of four lifeboats and launching - Attachment No. 1 - Attachment No. 3 - Attachment No. 2 - Attachment 4
- Notice Date
- 1/19/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238190
— Other Foundation, Structure, and Building Exterior Contractors
- Contracting Office
- Department of Transportation, Office of the Secretary (OST) Administration Secretariate, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093, United States
- ZIP Code
- 02142-1093
- Solicitation Number
- 6913G618Q300033
- Archive Date
- 4/19/2018
- Point of Contact
- Karen M. Marino, Phone: 6174942437
- E-Mail Address
-
karen.marino@dot.gov
(karen.marino@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Top Side equipment drawing Wage Determination Topside Life Boat drawing Deliverables Table This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. 6913G618Q300033 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-96, effective November 6, 2017. The NAICS Code is 336611; the Small Business size standard is 1,250 employees. This is a total small business set-aside. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center) has a requirement for the removal of all four of the original lifeboats, davits and handrails on National Park Service (NPS) passenger vessel Ranger III located at Isle Royale National Park Houghton, MI, in accordance with the Statement of Work (SOW) below. Statement of Work - Begin 1.0 STATEMENT OF WORK The NPS passenger vessel Ranger III is 165 feet in length, 34 feet wide, and 648 tons. It carries up to 128 passengers and nine crew and was constructed in 1957. In addition to passengers, the Ranger III is able to carry private boats up to 20' in length. The Ranger III is the largest moving piece of equipment owned and operated by NPS and is the largest passenger ferry providing service to and from ISRO. It operates between Houghton, MI, and Rock Harbor on the northeast end of Isle Royale (ISRO) National Park. There are many amenities on board during its five-hour voyage, including interpretive and educational programs, a luncheon grill, three staterooms, four lounges, two decks, and indoor and outdoor passenger seating. The ship's four original lifeboats are still in service, but no longer meet current standards for primary lifesaving equipment. In 2003 United States Coast Guard (USCG) regulations changed and now require a passenger vessel of that length to carry two USCG approved rescue boats in addition to lifeboats or rafts. Since 2003, the USCG has allowed Ranger III to carry two inflatable rafts and two inflatable buoyancy apparatus (IBA) which essentially would take the place of the four original lifeboats. They have allowed the park to experiment with different methods to retrieve a man-over-board (MOB) and have not required the rescue boats to date. In May 2015, ISRO asked the USCG if one rescue boat would suffice. In January 2016, the USCG approved this request. The USCG has indicated that the park must work towards compliance with current regulations and install an approved rescue boat in the near term. The scope of work (SOW) for this project will include the removal of all four of the original lifeboats and launching davits. A new US Coast Guard approved rescue boat and launching davit crane will be installed on the upper deck port side in the location of the existing lifeboats. The scope of this project will include removals of the existing life boats, davits, and handrails. 1.1. SCOPE The Contractor shall conduct all work specified herein in a professional manner while adhering to the following general practices: A ship check meeting with Volpe Center representative and ISRO Facility/Maintenance Staff prior to the start of the design process. The Contractor shall provide and/or perform the following: a. Provide all the labor, tools, materials and support services in order to complete the tasks below, including but not limited to services such as electric power, air compressor, crane, trash removal, sanitary facilities, and environmental enclosures to support painting. b. Ensure any enclosed spaces requiring hot-work are cleaned and pumped dry, as necessary, to pass and maintain gas free certification by a certified marine chemist as well as certify all required spaces are safe for hot-work and maintain certification during hot-work periods. c. Adhere to ‘good housekeeping practices' to include daily trash removal, equipment removal/storage, securing vessel and ensuring the vessel is left in a safe condition (i.e. all openings shall be properly secured). Task 1. Health and Safety Plan The contractor shall develop a Health and Safety Plan (HASP) to ensure safety of personnel during construction. The Contractor shall provide a copy of the HASP to the Government prior to commencing work. Task 2. Removal of Existing Lifeboats and Davits (Port Side Only) 2.1. Removals The Contractor shall remove topside structure in accordance with the approved rip-out drawings and documents (GFI). The Contractor also will be responsible to obtain all permits required to perform the removal work. a) Remove two port-side circa-1958 lifeboats, davits, winches, boat cradles, and all related launching/retrieval hardware, in accordance with the provided rip-out drawings. a. The lifeboats, davits, and winches shall not be permanently altered or destroyed. This equipment shall be removed from the vessel in such a way that the equipment can be placed in a museum in the future. The lifeboats, davits and winches shall be provided to the Park for future use. Davits shall be removed in whole, not to be cut up. b. Attachments to the deck shall be removed completely and removal areas shall be ground flush and smooth. Doubler plates may be left in place. c. Remove light and associates cabling from aft davit and remove cables back to junction box or circuit breaker panel. Install circuit breaker blank if necessary. b) Remove the existing life raft cradles, in accordance with the provided rip-out drawings. The life raft cradles are to be retained for future reinstallation. Attachments to the deck shall be removed completely and removal areas shall be ground flush and smooth. c) Remove the existing handrails and J-Bar davit on the boat deck, in according with the provided rip-out drawings. The J-Bar davit shall is to be retained for future reinstallation, and shall not be permanently altered or destroyed. Attachments to the deck shall be removed completely and removal areas shall be ground flush and smooth. Doubler plates may be left in place. Note 1: Due to weather conditions at the Park location, there may be snow and ice on the boat deck. Snow and ice in way of work locations is to be removed prior to starting construction. Note 2: Ceiling tiles in the passenger lounge areas contain asbestos. Burning is not to be used in deck areas located over the passenger lounge. If removal of asbestos ceiling tiles is required, appropriate precautions shall be taken. Note 3: Due to pier limitations, shore-based cranes may not be located within 8 feet of the edge of the pier. Task 3. Removal of Existing Lifeboats and Davits (Starboard Side Only) 3.1. Removals The Contractor shall remove topside structure in accordance with the approved rip-out drawings and documents (GFI). The Contractor also will be responsible to obtain all permits required to perform the removal work. d) Remove two starboard-side circa-1958 lifeboats, davits, winches, boat cradles, and all related launching/retrieval hardware, in accordance with the provided rip-out drawings. a. The lifeboats, davits, and winches shall not be permanently altered or destroyed. This equipment shall be removed from the vessel in such a way that the equipment can be placed in a museum in the future. The lifeboats, davits and winches shall be provided to the Park for future use. Davits shall be removed in whole, not to be cut up. b. Attachments to the deck shall be removed completely and removal areas shall be ground flush and smooth. Doubler plates may be left in place. c. Remove light and associates cabling from aft davits and remove cables back to junction box or circuit breaker panel. Install circuit breaker blank if necessary. e) Remove the existing life raft cradles, in accordance with the provided rip-out drawings. The life raft cradles are to be retained for future reinstallation. Attachments to the deck shall be removed completely and removal areas shall be ground flush and smooth. Note 1: Due to weather conditions at the Park location, there may be snow and ice on the boat deck. Snow and ice in way of work locations is to be removed prior to starting construction. Note 2: Ceiling tiles in the passenger lounge areas contain asbestos. Burning is not to be used in deck areas located over the passenger lounge. If removal of asbestos ceiling tiles is required, appropriate precautions shall be taken. Note 4: Due to pier limitations, shore-based cranes may not be located within 8 feet of the edge of the pier. 3.2. As-Built Drawings The Contractor shall develop final rip-out drawings for the removals completed in Task 2 and 3. Final rip-out drawings are due 15 days after receipt of Government comments. 3.3. Deliverable Format The contractor shall provide two sets (electronic and paper copies) of all preliminary/concept/final drawings and documents produced. Paper copies of drawings shall be on 11x17 paper and all other documents on 8-1/2 x 11 paper. Drawings shall be in AutoCAD format and all other in Microsoft Office Products. Task 4. Temporary Handrails The contractor shall install temporary handrails on the boat deck to ensure safety of the ISRO and construction crews in way of the removed lifeboats. 1.2. GENERAL PRACTICES The Contractor shall adhere to the general practices of Marine Industry when performing the work described above: Painting and Finishing: a) Surfaces of new and disturbed areas shall be cleaned, treated, primed, and painted/touched up in accordance with (paint instructions to be provided by ISRO NPS Maintenance Office), will provided as GFI. b) All surfaces to be painted shall be free of dirt, oil, grease, moisture, or any foreign material, which would affect the adhesion of primer and paint. All disturbed, burned, or scarred areas, burrs, projections, and new metal surfaces and areas shall be ground smooth or cleaned by power wire brush or other means prior to priming, finishing and/or touch-up painting. c) All new and disturbed piping shall be cleaned to a condition which results in a surface that is free of contamination (grease, rust, or scale) for the proper adhesion of primer and paint. Workmanship: a) All work shall be performed in accordance with best marine practice of 29 CFR 1915 - Occupational Safety and Health Standards for Shipyard Employment and shall satisfy the standards, regulations, requirements, and recommended practices of the CFR, ASTM spec and a USCG specification documents identified herein. b) All material and equipment shall be suitably bracketed, supported, and secured to carry the weight, as well as to prevent excessive vibration, and inertial forces resulting from rolling and pitching of the vessel. c) Watertight integrity of the vessel shall be maintained. Piping or wiring passing through a watertight deck or watertight bulkhead shall be made watertight by methods and fixtures identified in the technical data package (TDP). Where cables, fittings, or any other items are removed, the resulting opening shall be blanked off flush with welded plates of the same material and thickness as the parent metal. d) Temporary access openings are not authorized. e) New thermal and other insulation shall be free of asbestos. Selection and application of thermal insulation material shall be made using ASTM F 683 as a guide. f) Protection of Equipment: The Contractor shall take appropriate measures to prevent damage to shipboard equipment. Equipment, which could become damaged during installation operations such as grinding and welding, shall be suitably covered to protect the equipment from damage. Welding: a) Prior to performing any welding, burning, grinding, or other hot work, the Contractor shall be responsible to ensure the area has been certified "Safe for Workers and Safe for Hot Work" in accordance with 29 CFR 1915. b) The Contractor is responsible to clean and gas free any enclosed space requiring hot-work in order to obtain gas free certificate in accordance with Gas Free certificate requirement 29 CFR 1915. Once the certificate is issued, the Contractor is responsible to help maintain the certificate by not operating any equipment in affected spaces. c) The Contractor shall maintain rigid control of welding and grounding to protect the vessel's hull and machinery. The Contractor shall take care to ensure the polarity and ground connections of welding machines shall not damage the vessel. No arc welding shall be permitted until the Contractor has provided stray current protection by connecting welding leads in accordance with USCG Surface Force Logistics Center (SFLC) Standard Specification 0740 (See Attachment 4). d) Prior to and during any welding or burning, a dedicated fire watch using trained personnel shall be posted. All equipment in the way of burning or welding shall be covered with fireproof covering provided by the contractor. Insulation in way of burning or welding shall be removed and reinstalled or other protective measures taken. e) No welding shall be permitted in connection with alterations and installations unless the welder at the time has a valid qualification record, certified by the American Welding Society (AWS), USCG, the American Bureau of Shipping, or other agency approved by the COR. The welder's qualifications shall be appropriate for the particular service application, filler material type, position of welding, and welding process involved with the work being undertaken. f) The filler metal used throughout the work shall be suitable for use with the parent metal at each weld. Welding procedure, as to direction, length, number and sequence of beads shall be carefully planned to minimize stresses. Undercutting in excess of 1/64 inch, piling, and non-penetration shall not be permitted. g) The striking of an arc on any principal metal plate surface or component of the vessel, unless the surface on which the arc is struck is to be incorporated in a welded joint, is prohibited. Marks left by an accidental striking of an arc shall be ground smooth, taking care the plate thickness is not reduced more than ten (10) percent. Pollution Control: Health and Safety requirements shall be followed using the contract's Health and Safety Plan (HASP) and shall be submitted by the Contractor prior to start of the repair, Task 2, for Government review as identified in the Deliverable section. a) The Contractor shall comply with the requirements identified in the Health and Safety Plan (HASP) as described in Section II Deliverables, as well as 33 CFR and other applicable local, state, and/or federal requirements for environmental protection of the atmosphere, land, and waters. b) Fire Protection: Fire protection requirements shall be identified by the Contractor in the HASP prepared for this project. 1.3 GOVERNMENT FURNISHED INFORMATION (GFI) The Volpe Center shall furnish the Contractor with the following Government Furnished Information: a) Available archived drawings for the ferry's hull structure, mechanical, and electrical systems in AutoCAD (or.pdf format). b) Drawings for the rip-out of the existing lifeboats, davits, life rafts, and handrails. 1.4 DELIVERABLES AND SCHEDULE (See attachment No. 1 for Deliverables Table) 1.5 PLACE OF PERFORMANCE The majority of all work will be performed at the ISRO Headquarters in Houghton, Michigan, 49931. 1.6 PERIOD OF PERFORMANCE The period of performance for this purchase order shall be from date of award until May 11, 2018. Statement of Work (SOW) - End REQUIREMENTS The Government intends to award a firm fixed price purchase order as a result of this Combined Synopsis/Solicitation. This notice is expected to result in a single award, subject to the receipt of an acceptable proposal. Please provide a fixed price quote inclusive of labor, travel and materials, in accordance with the SOW, Wage Determination and drawings: CLIN 0100 - Perform rip-out on Port Side of Ranger III, including a one year warranty on workmanship, in accordance with Tasks 1 and 2, $___________________ CLIN 0200 - Perform rip-out, including a one year warranty on workmanship, in accordance with Task 1 and 3 of Ranger III top side to support installation of a rescue boat $_________________ INSTRUCTIONS TO OFFERORS: FAR 52.212-1, Instructions to Offerors-Commercial Items - An award will be made to the offeror whose offer is considered to the best value to the Government based on Price and Marine work experience. Evidence of Certifications/Licenses must be provided with proposals. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically using the System for Award Management (SAM) accessible via http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically in SAM, the Offeror shall complete only paragraphs (c) through (o) of this provision. The Offeror is reminded that if it completes its annual representations and certifications electronically in SAM it must update its representations and certifications as necessary, but at least annually, to ensure they are kept current, accurate, and complete. All Contractors must be registered in SAM in order to receive an award from a DOT Agency. FAR Clauses and provisions 52.212-4, Contract Terms and Conditions-Commercial Items, is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is hereby incorporated by reference Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 42.222-41, 52.222-50, 52.223-15, 52.223-18, 52.225-1, 52.232-33 and 52.243-1 Alternate II. These references may be viewed at www.acquisition.gov/far and http://www.dot.gov/administrations/assistant-secretary-administration/transportation-acquisition- regulation-tar. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, V222, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted via e-mail to Karen.Marino@dot.gov. The time for receipt of offers is 3:00 PM Eastern Time on 1/30/2018. No telephone requests will be honored. The Government will not pay for any information received. The following FAR provision is incorporated by full text: FAR 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (APR 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) FAR 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (APR 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 7 43 of Division E, Title VI I, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of clause) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is □ is not □ a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is □ is not □ a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4ebbac4accfe3b358f406dc00327e631)
- Record
- SN04795061-W 20180121/180119231336-4ebbac4accfe3b358f406dc00327e631 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |